Requests for Proposal (RFPs) for the Week

Three RFPs are included for the week of July 20.

 

Demolition and Recycling of Buildings

To view the solicitation click on the following link -- <http://www.fbo.gov/spg/GSA/PBS/8PD/TBD/Attachments.html>

Solicitation Number: TBD

Set Aside: Service-Disabled Veteran-Owned

NAICS Code: 238910 -- Site Preparation Contractors

Contracting Office Address: General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, CO, 80225

Description: General Services Administration is planning to issue a construction solicitation to demolish buildings 111H,111J,111G,83K,82,73,2,3, and 71 located at the Denver Federal Center, Denver Colorado.

These buildings are typical one-story freestanding brick, wood and metal structures, built in the 1940?s. Each structure ( with the exception of buildings 74 and 76 ) has full utility service hook-up, with mechanical equipment also in service. Each structure is constructed on a concrete foundation with concrete slab flooring and crawl space. The roofs are a flat membrane with rock cover and storm water down spouts. The total square footage of all 10 buildings to be demolished is approximately 15,000.

General Services Administration will be evaluating against the following evaluation criteria: 1) Experience - Contractor must be proficient in construction demolition and recycling of construction materials. (Demolition work experience on Federal Facilities will rate higher than commercial work). 2) Technical - Contractor shall be certified through the State in all remediation procedures to include but not limited to asbestos removal, hazardous material containment and testing, soil remediation, and/or lead abatement) 3) Site Visit is Mandatory.

Requirement consists of but is not limited to the following;

- full demolition of each building listed from the building slab up wards.

-Cut and cap all water service, sanitary sewer service and fire supply lines.

- Remove all abandoned steam and condensate lines.

- Remove all electrical service and wiring to each building.

- Remove all natural gas supply lines and meters to each building.

- Remove all phone, security and land line service.

- Remove all building foundations, footers and crawl spaces.

- Remove all interior mechanical systems, HVAC, plumbing, electrical, fire etc.

Some buildings may have asbestos containing material ( ACM ). Contactor shall be responsible for testing and removal of all interior environmental hazards asbestos, lead, droppings, PCBs etc.

Contractor shall perform a full TCLP soil analysis test on all associated sanitary sewer lines.

There will be a mandatory Site Visit. The Contractor and any subcontractor involved are required to visit each work site and take such other steps as may be reasonably necessary to verify the nature and location of the work to be performed, and to evaluate the general and local conditions which may affect the work or the cost thereof. The Contractor shall be held responsible for any and all errors in his proposal resulting from his failure to make an examination/site visit.

The applicable North American Industry Classification System (NAICS) for this acquisition is 238910 - Site Preparation Contractors - with a three-year average annual small business standard of $12.0 M. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. Performance is significantly more important than price. Recent, relevant, past and present performance information is requested not later than June 23, 2006. (Recent, relevant, past and present performance is defined as performance of the same or similar type of work within the last three years.)

Point of Contact: Toni Hoskinson, Contracting Officer, Phone 303-236-8000 x5045, Fax 303-236-5328, Email toni.hoskinson@gsa.gov

Cold In-place Recycling of Road Surfaces

Document Type: Presolicitation Notice

Solicitation Number: N1574A65025

Set Aside: Total Small Business

Contracting Office Address: IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190

Description: Presolicitation Notice: The National Park Service (NPS) is currently planning to award a contract for Cold In-place Recycling (CIR).

A) For further information call or e-mail: John Chaney, Contract Specialist, 307-344-2075, john_chaney@nps.gov mailto:john_chaney@nps.gov

B) Brief Description of Project Scope: The contractor shall perform cold in-place recycling of road surfaces in Yellowstone National Park. The road surfaces are as follows: from Tower Jct. to five (5) miles west of Tower Jct.; approximately 64,535 square yards. Quantities noted are approximate. Offerors are responsible for visiting the project site, prior to submitting a proposal, to verify quantities.

C) All responsible small businesses may submit a proposal which shall be considered by the National Park Service. Award is restricted to small businesses only.

D) Estimated Price Range: Between $100,000 and $250,000.

E) The Request for Proposals (RFP) & construction documents shall be available, without charge, through www.fedbizopps.gov. or by contacting the contracting specialist noted in section "A" above.

F) Site visit: Information regarding site visits will be included in the solicitation.

G) Proposed Contract Type: Firm fixed price contract with lump-sum pricing.

H) Schedule: All dates are tentative and may change. Offers should refer to the RFP for exact dates.

Issue Request for Proposals July; Proposal due date August; Award contract September; Issue Notice to Proceed September; Completion of contract performance September; I) Evaluation Criteria / Factors: Selection will be based on price and non-price factors and award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The following are the anticipated evaluation factors and their associated acceptability standards: 1. Prior Experience: "Prior Experience" is differentiated from "Past Performance" in that this is factual, documented, information about specific work the quoter has performed, which demonstrates the Offeror's ability to accomplish the work. Standard of Acceptability: The Offeror shall have successfully completed, as the prime contractor, 3 similar projects within the past 5 years. 2. Project Management Plan: The project management plan shall layout the methods and procedures the Offeror will utilize so as to successfully complete the project. Standard of Acceptability: Each plan shall adequately address each of the following topics in such a manner as to insure the project will be successfully completed: Quality control, Schedule control, Scope changes, Proposed Project team, Project location, Safety & Security. 3. Past Performance: Past performance is a measure of the degree to which the contractor has satisfied it's customers in the past. Standard of Acceptability: The Offeror must receive at least a satisfactory past performance rating from all sources contacted by the NPS. PRICE: The National Park Service shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 15.4

Point of Contact: Jeffrey W. Sneddon SUPV Contract Specialist 3073442080 Jeffrey_sneddon@nps.gov;

Cold In-place Recycling of Yellowstone National Park Roads

Document Type: Modification to a Previous Notice

Solicitation Number: Q1574065025

Contracting Office Address: IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190

Description: The presolicitation notice E1574065025 is hereby amended as follows: Solicitation # Q1574065025 as originally noted in the presolicitation was an incorrect number. The correct number was N1574065025. However, solicitation # N1574065025 is hereby canceled. It is currently anticipate the National Park Service will solicit for the needed Cold In-place Recycling services under the following documents which shall be issued July of 2006: - Presolicitation: A1574A65025 - Solicitation: N1574A65025

Point of Contact: Patty Oestreich Contracting Specialist 3073442076 patty_oestreich@nps.gov;